Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 18, 2020 SAM #6868
SOLICITATION NOTICE

78 -- Fitness Equipment

Notice Date
9/16/2020 9:59:00 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
339920 — Sporting and Athletic Goods Manufacturing
 
Contracting Office
W7M8 USPFO ACTIVITY IAANG 185 SIOUX CITY IA 51111-1396 USA
 
ZIP Code
51111-1396
 
Solicitation Number
W50S72-20-Q-7316
 
Response Due
9/18/2020 11:00:00 AM
 
Archive Date
10/03/2020
 
Point of Contact
Allison N. Harbit, Phone: 7122330512, Megan McCauley, Phone: 7122330514
 
E-Mail Address
allison.harbit@us.af.mil, megan.mccauley@us.af.mil
(allison.harbit@us.af.mil, megan.mccauley@us.af.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
Amended 16 Sept 2020 to change line item 0001 to clarify as ""Ladder�Style Climbing Machine""; change�min weight capacity from 400 lbs to 350 lbs; change min dimensions from 32 inch by 48 inch by 92 inch (LxWxH) to 32 inch by 48 inch by 89 inch; change max dimensions from 38 inch by 54 inch by 96 inch (LxWxH) to 43 inch by 54 inch by 96 inch; add handlebar stride in description; add simulates climbing a ladder in description. Change line item 0004 max dimensions from 72 inch H to 96 inch H. Change line item 0005 max dimensions from 32"" W x 54"" L x 86""H to 34"" W x 58"" L x 89"" H.�Change due date to 18 Sept 2020. This solicitation, W50S72-20-Q-7316, is being issued as a Request for Quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2020-08, effective 13 August 2020. The Government intends to award a firm-fixed price (FFP) contract to the vendor whose quote is the lowest price that meets the minimum specifications. This procurement is set aside 100% for small business. The NAICS code applicable to this requirement is 339920 and the small business size standard is 750 employees. The government evaluation factor for this acquisition is LOW PRICE that meets the minimum specifications. The government plans to award the lowest priced product that meets the minimum essential needs. The Government intends to make a single award as a result of this solicitation; however, multiple awards may be made if determined to be in the Government's best interest. The following commercial item is requested in this solicitation: Required Line Items: 0001 � Ladder Style Climbing Machine Quantity: 1 EACH Twist grip method for each adjustment of exercise intensity Handlebar stride Simulates climbing a ladder Provides variety of handle fixing positions to suit/adjust to workout conditions Minimized noise design by using chain and rope driving method High strength steel frame structure Vertical climber Air turbine resistance Power requirements: 1-1million wars @ 150 step cycles/min, no plug in Modes: at least total body climb, step, hang pull-push press, chest press-bent row, deadlift Minimum dimensions: 32 inch by 48 inch by�89 inch (LxWxH) Maximum dimensions:�43 inch by 54 inch by 96 inch (LxWxH) Range of movement variability up to 65cm Ability to monitor time, intervals, watts, cadence, heart rate, and calories Maximum weight capacity at least�350 lb 0002 � Fitness Mat 24 inch x 24 inch. Quantity: 24 EACH 3/8 inch thick Blue in color Includes mobile cart 0003 - Fitness Mat 72 inch x 24 inch. Quantity: 24 EACH � inch thick Blue in color Includes mobile cart 0004 � Peg Hole Climber. Quantity: 1 EACH At least 2 smooth wooden pegs At least 30 holes no more than 40 holes Minimum dimensions: 6 inch width 72 inch height 1.5 inch depth Maximum dimensions: 12 inch width�96 inch height 1.5 inch depth Mounted to interior concrete wall Smooth finish 0005 � Stair Machine. Quantity: 1 EACH Standard console programs included Electronically controlled alternator Brake and drive chain to control stair speed Safety bar with stop button, heart rate, and level control Revolving staircase with 8 steps 24-162 steps per minute Minimum dimensions: 26"" W x 48"" L x 78"" H Maximum dimensions: 34"" W x 58"" L x 89"" H Easy-to-read LCD console displays at least time, interval timer, level (1-20), heart rate, calories, floors climbed, floors per minute, watts, METs and workout profile. At least 10 programmed workouts including Quick Start, Manual, Fat Burner, Calorie Burner, Intervals Max capacity at least 350 pounds SUBMISSION REQUIREMENTS/RFQ TERMS: 1.� Offerors shall submit ALL of the following information with their quote on attached vendor information sheet. Company/Offeror Name: Company Tax ID Number: Company P.O.C: POC Phone Number: POC E-Mail: Cage Code or DUNS Number: Place of Manufacture (Required): Anticipated Delivery Time After Receipt of Order (ARO): F.O.B. (if origin, please provide cost): Net Payment Terms (Net 30, unless otherwise noted): 2. Offerors quotes shall include adequate information (product brochures, cut sheets, technical data sheets, etc.) for the Government to determine if the item being offered meets the Minimum Specifications identified below.� Links to web sites are not acceptable. Failure to provide adequate specification information will render the quote non-responsive, and it will not be considered for award. 3. FAR and DFARS provisions/clauses incorporated into this RFQ and/or the resulting contract(s) are attached. The full text of the referenced provisions/clauses may be found at http://www.acquisition.gov.� Vendors must submit the Representations and Certifications from, Full Text Provisions and Clauses, with their quote only if they differ from, or have not been completed within, their System for Award Management (SAM) profile. � 4. Contractors must have an active System for Award Management (SAM) registration to be eligible for award. Register or check the status of your registration at http://www.sam.gov.� Please ensure your SAM profile reflects all socio-economic group(s) and NAICS Codes applicable to your business. If the NAICS code listed above is not included in your SAM profile, you must also complete the representations in FAR 52.219-1 and attach it to your quote. Contractors must submit invoices electronically using the Invoicing, Receipt, Acceptance, and Property Transfer (iRAPT) application within Wide Area Work Flow (WAWF) at https://wawf.eb.mil, and receive payment via Electronic Funds Transfer (EFT) to the bank account listed in their SAM profile. Please verify with your accounts receivable/billing department that they can comply with this billing method prior to submitting a quotation. � 5. FAR 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment, DFARS 252.204-7016 Covered Defense Telecommunications Equipment or Services Representation, and DFARS 252.204-7017 Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services, certifications must be filled out and returned with your quote. 6. Funds are not presently available for this acquisition. No contract award will be made until appropriated funds are made available. Contractors shall not quote sales prices that will expire before 30 September 2020. 7. Questions regarding this solicitation shall be emailed to TSgt Megan McCauley AND 2d Lt Harbit, no later than 4:30 PM Central on Thursday, 10 September 2020. Questions and Answers will be consolidated into a single Q&A document on a non-attribution basis and posted to the solicitation. 8. Proposals are due at 1:00 PM Central on Friday, 18 September 2020, at: 185ARW/MSC ATTN: 2d Lt Allison Harbit 2920 Headquarters Avenue Sioux City, IA 51111-1300. Proposals may be submitted by mail, hand delivered, e-mail to allison.harbit@us.af.mil AND megan.mccauley@us.af.mil. It is the vendor's responsibility to verify that quotes have been received at the Contracting Office prior to the due date and time.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/89f4f22b06fa42cda486c4de20f37160/view)
 
Place of Performance
Address: Sioux City, IA 51111, USA
Zip Code: 51111
Country: USA
 
Record
SN05800417-F 20200918/200916230205 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.